SOURCES SOUGHT
65 -- EEG System
- Notice Date
- 1/25/2024 2:44:22 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0522
- Response Due
- 2/1/2024 1:00:00 PM
- Archive Date
- 03/02/2024
- Point of Contact
- Carlo Manuel, CARLO.MANUEL@VA.GOV, Phone: 562-503-7111
- E-Mail Address
-
carlo.manuel@va.gov
(carlo.manuel@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard 1,000). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide an EEG System that meets the following salient characteristics and specifications for VA Tucons Healthcare System. Salient Characteristics/Specification **Manufacturer is Nihon Kohden** Must be able to synchronize with multiple windows in review with separate setting for review of data, including intra-cranial data. User interface for acquisition must allow extensive control of layout, tools, buttons, and views. Must be capable of rapid EEG up to full intra-cranial capabilities with secondary data stream capabilities. The system must have real-time wireless (not Bluetooth) accessibility for full data for critical review and intervention. Must have the ability to interface with 3rd party software that does not require additional purchases which allows for quantitative analysis including wide band multichannel analysis of customized length data sets. Must have cortical stimulation hardware that allows for a full range of stimulation parameters for accurate diagnosis. For not just Ojemann-Penfield based parameters, but single pulse and fast pulse stimulation up to 1000 Hz. This system must have cortical stimulation that allow for rapid and automatic mapping of functionality, with ability to use patient specific anatomical models, and consolidated reporting. The system must have the ability to select multiple collections of relevant events and export to PowerPoint with full review functionality. Must allow clinicians to see all patient information in a horizontal screen which allows for whole breadth analysis. This system must allow for acquisition with transparent video, aggregate channel labels for high channel count, and security of data with local server transfers with error checking and auto purging backup. The cortical stimulation must allow for rapid and automatic mapping of functionality, with ability to use patient specific anatomical models, and consolidated reporting. The system must have graphical patient anatomy models for electrode locations. Must have data management clipping that allows for function across the entire patient admission data set. The system must have real-time monitoring with full interactivity of up to 12 patients per system and acuity-based controls with per patient summary sets. The unit must have review for full admission, not just study or day based, review of data without excessive navigation via the database to locate/interact with files. Product Description: Item # Description/Part Number* Qty EEG-ACQ-SYS/ZA EEG1200 sys w/SFF PC QUAD NIC RMSW 4 HD-MIC2/ZA HD CAMERA WITH DV SW IR AND MIC2 1 NK-INTERCOM INTERCOM SYSTEM 1 A/NQ-222FSJ 2 CONDUCTOR CABLE W/DRAIN WIRE 1 NK-LS-120AJ EEG-1200 PHOTICCONTROL UNIT W/ROLL STAND 1 A/FLTSCREEN-XB3 24 INCH MONITOR WITH SPEAKERS 3 ABCE422-11MED-N/ZA HOSPITAL GADE UPS 420VA 1 QP-160AK cEEG TRENDS SOFTWARE 4 WEE-PROMO-32CH/ZA airEEG 32ch PROMO KIT 3 A/0064-01 ADAPTER PLATE-MAIN UNIT (WEE-1200 3 A/WM-0001-18 CHANNEL MOUNT BASKET FOR AIREEG 3 WEE-1200PHOTIC/ZA PHOTIC CABLE CONNECT KIT, AIREEG 3 JE921-COMPLETE/ZA JE-921 KIT WITH MINI JB 1 GCX-HD-MIC2/ZA CART W/MONITOR HD CAM IR DV SW MIC2 UPS 3 LS-120AJ-S EEG-1200 PHOTIC STIMULATION CONTROL UNIT 3 LS-703A-01 PHOTIC FLASH LAMP ASSEMBLY 3 686981B 10M PATIENT CABLE,JE-922A MINIINPUT BOX 1 A/POUCH-JE922 POUCH, MINI INPUT BOX 1 EEG-1200R NEUROFAX SFF PC EEG REVIEW SYSTEM 2 QP-160R-1 ** SOFTWARE, TREND REVIEW 2 #NEU-AT-4DCEEG CEEG ADVANCED TRAINING 1 NBG-SVR/ZA NEUROLOGY SERVER AND STORAGE SOLUTION 1 #NK-NWB-REPORT CUSTOM NEUROREPORT BUILD FEE 2 QP-160R-MU CEEG TRENDSOFTWAREREVIEW, SERVER ENVIRON 1 A/NWB-HL7NIS HL-7 NEUROWORKBENCH INTERFACE SERVICE 1 #NK-ITSYSTEMSCFG NK-ITSYSTEMS-CFG 2 Install-Solution-N INSTALL SOLUTION 1 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your SAM Identification Number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Carlo.manuel@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday 02/01/2024 at 1:00 PM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9770f2bda50147e080eddd7003ba6807/view)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS VA TUCSON HEALTHCARE SYSTEM 3601 S. 6TH AVE, TUCSON 85723
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN06946157-F 20240127/240125230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |